Contract notice

Information

Published

Date of dispatch of this notice: 09/03/2020

Expire date: 30/04/2020

External Reference: 2020-481773

TED Reference: 2020/S 052-124948

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Radioactive Waste Management
8920190
Building 329, Thomson Avenue
Didcot
OX11 0GD
UK
Contact person: Julie Abbott
Telephone: +44 1925802738
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12476&B=SELLAFIELD
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Nuclear Decommissioning

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework for Radioactive Waste Management Ltd.’s Technical Requirements and Criticality Safety Programmes to Develop the Geological Disposal Facility (1)
Reference number:  RWM262
II.1.2)

Main CPV code

73000000  -  Research and development services and related consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

RWM is looking to appoint suitably qualified supplier(s) to provide support with itsTechnical Requirements and Criticality Safety Programmes requirements. The objective of this Invitation to Tender (ITT) is to put in place a Framework consisting of two Lots which are independent of each other;
Lot 1 Technical Requirements Programme seeks to appoint a single contractingorganisation/ consortia (c£900k pa – c£1.2m pa)
Lot 2 Criticality Safety Programme seeks to appoint a minimum of 3 suppliers(c£250k - £300k pa).
II.1.5)

Estimated total value

Value excluding VAT: 6500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

RWM262 Lot 1 Technical Requirements Programme to Develop the Geological Disposal Facility
Lot No:  1
II.2.2)

Additional CPV code(s)

71356000  -  Technical services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Didcot
II.2.4)

Description of the procurement

The primary objectives of Lot 1 Technical Requirements Programme are to:
•Establish and oversee requirements management across all technical work todevelop a Geological Disposal Facility (GDF).
•Develop and select concepts to support site evaluations and designdevelopment.
•Manage the processes for change control, stakeholder issues management anddocument production.
•Keep a watching brief on alternative waste management options and prepare areview of alternatives report.
•Develop and maintain Waste Package Specifications.
•Oversee delivery of the Technical Programme and further develop programmesfor later phases i.e. site characterisation
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
optional 2 times 12 months extensions up to a maximum contract award of 48 months.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

RWM262 Lot 2 Criticality Safety Programme to Develop the Geological Disposal Facility
Lot No:  2
II.2.2)

Additional CPV code(s)

98113100  -  Nuclear safety services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Didcot
II.2.4)

Description of the procurement

The primary objectives of Lot 2 Criticality Safety Programme are to provide support in a specific contract which may be on a single area or a combination of a number of areas as below:
•Criticality safety considerations and studies for the transport phase
•Criticality safety considerations and studies for the operational phase
•Criticality safety considerations and studies for the post-closure phase
•Criticality safety input into waste management/packaging proposals
•Other services (e.g. peer review, workshops, conferences etc.)
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
optional 2 times 12 months extensions up to a maximum contract award of 48 months.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  4
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/04/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  09/07/2020
IV.2.7)

Conditions for opening of tenders

Date:  09/04/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
London
UK
Internet address: http://www.justice.gov.uk

VI.4.2)

Body responsible for mediation procedures

Royal Courts of Justice
Strand
London
London
UK
Internet address: http://www.justice.gov.uk

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for review procedures:
Any appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.
VI.4.4)

Service from which information about the review procedure may be obtained

Radioactive Waste Management Ltd
Didcot
UK